DOCUMENT
D -- Administration Building Desk Telephones - Attachment
- Notice Date
- 9/21/2015
- Notice Type
- Attachment
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
- ZIP Code
- 07724
- Solicitation Number
- VA11815Q0611
- Archive Date
- 12/29/2015
- Point of Contact
- Joseph Pignataro
- E-Mail Address
-
5-1115<br
- Small Business Set-Aside
- N/A
- Award Number
- NNG15SD24B VA118-15-F-0449
- Award Date
- 9/21/2015
- Awardee
- TECHANAX LLC;15000 AFTON CT;MONTCLAIR;VA;22025
- Award Amount
- $74,349.86
- Description
- JUSTIFICATION FOR AN EXCEPTION TO FAIR OPPORTUNITY 1. Contracting Activity:Department of Veterans Affairs (VA) Office of Acquisition Operations Technology Acquisition Center 23 Christopher Way Eatontown, New Jersey 07724 2. Description of Action: The proposed action is for a firm-fixed-price delivery order issued under the National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) V Governmentwide Acquisition Contract (GWAC) for the procurement of brand name Unify OpenStage telephones and associated licensing for the Office of Security and Preparedness, Law Enforcement Training Center (LETC). 3. Description of the Supplies or Services: The proposed action is to procure brand name Unify OpenStage telephones and associated software licensing to be integrated into the existing Open-scape Hi-Path 4000 voice telecommunications switch currently installed on the VA campus at 2200 Fort Roots Drive, North Little Rock Arkansas. The requirement will include 70 OpenStage 60 Black Internet Protocol phones, 10 OpenStage 60 Black Digital phones, 30 Hi-Path 4000 Flex Licenses, 30 Traffic Analyst Licenses, and 80 Phone Guide Live Licenses. The aforementioned software licenses are required in order for the phones to operate. Without the appropriate number of software licenses connected to the Hi-Path 4000 switch, the phones would not function. Delivery of the hardware and software shall be due 30 days after receipt of order. The total estimated price of the proposed action is 4. Statutory Authority: The statutory authority permitting an exception to fair opportunity is 41 U.S.C. 4106(c)(2) as implemented by the Federal Acquisition Regulation (FAR) 16.505(b)(2)(i)(B) entitled, "Only one awardee is capable of providing the supplies or services required at the level of quality required because the supplies or services ordered are unique or highly specialized." 5. Rationale Supporting Use of Authority Cited Above: Based on market research, as described in section 8 of this document, it was determined that limited competition is available among authorized resellers of Unify products and services. This action is to procure brand name Unify OpenStage phones and associated software licensing to be integrated into the existing Open-scape Hi-Path 4000 voice telecommunications switch currently installed on the VA campus at 2200 Fort Roots Drive, North Little Rock Arkansas. The Government requires full 100% functionality of the phones for users occupying a new administration building on the campus. The current telecommunications voice system in place that is being utilized LETC staff functions through the existing Unify Hi-Path 4000 voice switch. In order to provide seamless voice communications to take advantage of the full functionality of the voice switch, brand name Unify phones are required. Only Unify or their authorized resellers are able to provide the phone with integrated software with the proprietary code required for the Unify voice switch to provide all the functions and features on the Unify phones to operate. No other brand phone can integrate with the existing Unify Hi-Path 4000 voice switch to provide the required functionality and usability. Any other brand phone would also require a like-branded voice switch and software licenses, and the two phone systems would not be interoperable. Voice switch features that would be unavailable from another brand phone include transfer, hold, speed dials, voicemail light when a voicemail is left, Automated Call Distribution, and phone functions such as logon/logoff and work mode, critical for the LETC to discharge and execute its law enforcement mission. 6. Efforts to Obtain Competition: Market research was conducted, details of which are in the market research section of this document. In accordance with FAR 5.301 and 16.505(b)(2), notice of contract award will not be synopsized on the Federal Business Opportunities Page and this justification will not be made publicly available since the total estimated value of this action is below the simplified acquisition threshold. This Justification for an Exception to Fair Opportunity will be posted on the NASA SEWP V website with the solicitation. 7. Actions to Increase Competition: In order to remove or overcome barriers to competition in future acquisitions for this requirement, the Government will continue to perform market research to determine if there are any new products or maintenance services available that will enable future requirements to be competed. 8. Market Research: The Government's technical experts conducted market research in July 2015 by utilizing internet searches and reading reviews of different types of brand name phone products and operating system software licenses from NEC, Avaya, and Cisco that would functionally interface 100 percent with the current Unify Hi-Path 4000 voice switch supporting users at 2200 Fort Roots Drive, North Little Rock Arkansas. It was determined that only Unify phone models would work with the Unify 4000 voice switch and allow for full 100 percent functionality due to the proprietary nature of the communications software allowing the new phone to operate. Other manufacturers such as NEC, Avaya, and Cisco would not function with the Unify voice switch due to Unify's unique proprietary code. Based upon this market research, the Government's technical experts have determined that only Unify brand name OpenStage phones and associated software licensing will meet all of the VA's requirements. Additional market research was conducted in August 2015 by the Contract Specialist by utilizing the NASA SEWP V GWAC Provider Lookup tool that identified multiple GWAC holders that are authorized resellers of Unify products. 9. Other Facts: None.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f1571b5e2b2458c0c39bd76481236530)
- Document(s)
- Attachment
- File Name: NNG15SD24B VA118-15-F-0449 NNG15SD24B VA118-15-F-0449_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2329041&FileName=NNG15SD24B-012.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2329041&FileName=NNG15SD24B-012.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: NNG15SD24B VA118-15-F-0449 NNG15SD24B VA118-15-F-0449_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2329041&FileName=NNG15SD24B-012.docx)
- Record
- SN03896813-W 20150923/150922000146-f1571b5e2b2458c0c39bd76481236530 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |